J065--Anesthesia Machines PMI SVC VA Greater Los Angeles Healthcare System
ID: 36C26225Q0219Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for preventive maintenance inspection (PMI) and corrective maintenance services for anesthesia machines at the VA Greater Los Angeles Healthcare System. This procurement is specifically set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses the maintenance of various GE anesthesia units, ensuring compliance with manufacturer specifications and Joint Commission Standards. The contract will span a base year plus four option years, from January 16, 2025, to January 15, 2030, with service required five days a week during specified hours. Interested contractors must submit their quotes by December 27, 2024, and can direct inquiries to Contract Specialist Katharine Robert at katharine.robert@va.gov or by phone at 520-001-6670.

    Point(s) of Contact
    Katharine RobertContract Specialist
    (520) 001-6670
    katharine.robert@va.gov
    Files
    Title
    Posted
    The Combined Synopsis/Solicitation Notice outlines the request for quotes (RFQ) for Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for anesthesia machines at the VA Greater Los Angeles Healthcare System. Set aside specifically for 100% Service-Disabled Veteran-Owned Small Business (SDVOSB), this contract encompasses maintenance of various GE anesthesia units, ensuring compliance with manufacturer specifications and Joint Commission Standards. The contract term includes a base year plus four option years, scheduled from January 16, 2025, to January 15, 2030, with service required five days a week during specified hours. Contractors must submit quotes by December 27, 2024, and follow established procedures for inspections, repairs, and reporting. The solicitation emphasizes that all aspects of maintenance and repair—including labor, parts, and travel expenses—are the contractor's responsibility at no cost to the government. Significant details include periodic maintenance frequencies, safety inspections, and the submission of comprehensive service reports. Moreover, the solicitation provides a clear guideline for submission of quotes and inquiries, ensuring that the process adheres to the Federal Acquisition Regulation (FAR) and VA acquisition standards.
    The document outlines an amendment to solicitation number 36C26225Q0219, issued by the Department of Veterans Affairs' NCO 22 - Network Contracting in Tucson, AZ. The amendment provides responses to vendor inquiries regarding the maintenance requirements for anesthesia machines. Key details include that the last servicing of these units occurred in early 2024, and the maintenance includes annual preventive servicing consistent with OEM specifications from GE Healthcare. Additionally, it clarifies that anesthetic gases are procured via other channels, and the machines are designated for human use. The document specifies that this is a continuation of previous services under contract number 36C26220D0012. The inquiry period has now closed, with no further questions accepted. This amendment is essential for ensuring vendors understand the service expectations tied to the solicitation and maintain compliance with existing guidelines and standards. It reflects the VA's ongoing commitment to supporting healthcare services through appropriate contracting and procurement processes.
    The document outlines instructions for offerors responding to a Request for Quote (RFQ) under FAR 52.212-1 for commercial products and services, specifically tailored for Simplified Acquisition Procedures. It includes key information regarding the submission of quotes, requirements for small business size standards, and the importance of adhering to the submission deadline set for December 27, 4:00 pm MST. Offerors, particularly those from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must provide a complete package that includes pricing, technical descriptions, representations and certifications, as well as acknowledgment of any amendments. The document emphasizes the necessity of retaining a firm price for at least 30 days and permits the submission of multiple quotes. Requirements for product samples, acceptance periods, and late submissions are also addressed. The Government reserves the right to consider any quote that meets the RFQ requirements and states that all unsuccessful quoters will not be notified post-selection. Additionally, unique entity identifiers (UEIs) are required for all submissions exceeding the micro-purchase threshold. This guidance aims to facilitate a competitive and inclusive procurement process within federal regulations, particularly benefitting small business concerns in the veteran community.
    The government document outlines the evaluation criteria for commercial products and services under federal solicitations. The primary purpose is to establish a fair selection process for issuing purchase orders to responsible quoters that provide the most advantageous offerings to the government, considering both price and other factors. Key evaluation elements include the technical capability to meet solicitation requirements, past performance assessments indicating the potential likelihood of success, and the total evaluated price calculated by summing all line-item prices and options. The evaluation will compare quotations to identify which provides the best benefit and may select a quotation beyond the lowest price if additional advantages are evident. Quotations must meet minimum requirements, and no alternate quotes are accepted. The document also addresses the evaluation of options, specifically adding potential extension costs to the total price for comprehensive analysis. Overall, this structure aims to ensure that the government achieves optimal value while reviewing and assessing submitted quotations responsibly.
    The VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses outlines eligibility and compliance requirements for businesses seeking to participate in government contracting as certified SDVOSBs. It defines an SDVOSB as a small business that is at least 51 percent owned and controlled by service-disabled veterans, who are certified in the SBA's database. The notice stipulates that only certified SDVOSBs listed in the SBA database may submit offers and receive contract awards under this program. Key provisions include adherence to size standards, limitations on subcontracting (e.g., an SDVOSB contractor can't pay more than 50% of contract amounts to non-certified firms), and compliance with regulations concerning ownership, control, and performance. Joint ventures must also meet eligibility criteria. Any intentional misrepresentation of SDVOSB status could result in debarment for a minimum of five years. This notice underscores the VA's commitment to empowering service-disabled veterans in the marketplace while ensuring regulatory compliance in federal contracting processes.
    The VA Notice of Limitations on Subcontracting outlines compliance requirements for contractors concerning subcontracting on service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Contractors are restricted from subcontracting more than 50% of service contracts and 85% of general construction contracts to non-certified firms, while special trade construction contracts allow up to 75%. Compliance with this subcontracting limitation is mandatory, and contractors must provide documentation to verify adherence, which may include invoices or subcontractor lists. Failure to comply can lead to penalties, including fines or prosecution under U.S. law. The certification can only be submitted by authorized representatives, and offers lacking this certification are ineligible for award. This notice is designed to protect the integrity and intent of federal contracting processes aimed at supporting veteran-owned businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065--Candela VBeam Perfecta Preventative and Corrective Maintenance at the Greater Los Angeles VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses to provide preventative and corrective maintenance services for the Candela VBeam Perfecta laser unit at the Greater Los Angeles VA Healthcare System. The contractor will be responsible for all necessary labor, materials, and parts to ensure optimal performance of the equipment, including scheduled preventive maintenance inspections and timely corrective repairs. This contract is crucial for maintaining high standards of medical equipment functionality, thereby supporting the healthcare services provided to veterans. Interested parties must submit their quotations by February 14, 2025, to Contract Specialist Loan Dho at loan.dho@va.gov, with the contract expected to span one base year and four optional one-year extensions.
    DA10--PHILIPS IMAGING MEDICAL EQUIPMENT PMI
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for PHILIPS Imaging Equipment utilized in diagnostics, including X-Ray, CT, and Ultrasound, at the Greater Los Angeles VA Healthcare System. The procurement aims to ensure compliance with manufacturer instructions for adjustments, calibration, and parts replacement, thereby maintaining optimal operation of the medical equipment critical for veteran care. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses, and interested parties must submit their qualifications, including company information and a Capability Statement, by the specified deadline of 11:00 AM Pacific Time. For further inquiries, potential respondents can contact Contract Specialist David Odne at david.odne@va.gov or by phone at (562) 766-2328.
    J066--Service and maintenance of the Steris Ultrasonic Cleaners. Maintenance New Base Plus Four
    Buyer not available
    The Department of Veterans Affairs is seeking to award a five-year firm fixed-price contract for the service and maintenance of Steris Ultrasonic Cleaners at the Birmingham VA Medical Center. The objective of this procurement is to ensure full operational efficiency of various Steris sterilization equipment through preventive maintenance, unscheduled repairs, and timely documentation of services performed, all in accordance with manufacturer specifications. This maintenance is critical for the timely sterilization of medical equipment used in surgical and other healthcare services, thereby supporting patient care. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB), must submit their capability statements to William Prenzler at william.prenzler@va.gov by 3:00 PM EST on February 6, 2025, to be considered for this opportunity.
    J043--FY25: OVAHCS Medical Gas Testing, Preventative Maintenance, and Repair.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a contract to provide Medical Gas Testing, Preventative Maintenance, and Repair Services at the Orlando VA Healthcare System in Florida. This procurement aims to ensure the proper functioning and safety of medical gas systems critical for patient care within the facility. The contract will be awarded as a Firm-Fixed Price purchase order, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a performance period extending from the award date until completion. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to monitor the sam.gov website for the solicitation, which is expected to be posted on or around February 7, 2025. Proposals are due by February 20, 2025, and inquiries should be directed to Contract Specialist Robert R. Edwards at robert.edwards2@va.gov or by phone at 407-646-4272.
    6835--VISN 15 Medical Gases
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a firm fixed price contract for the provision of medical gases under solicitation number 36C77625Q0049, specifically for the Veterans Integrated Service Network (VISN) 15. The procurement involves the supply, transport, maintenance, and management of various medical gases and cylinders, which are essential for healthcare services provided to veterans. This unrestricted solicitation allows participation from all businesses, with a total contract ceiling of $6,975,000 and a guaranteed minimum of $25,000, with quotes due by March 3, 2025, at 5:00 PM Central Time. Interested vendors should contact Contracting Officer Charles Morin at Charles.Morin@va.gov or by phone at 216-447-8300 for further details.
    6520--Ultrasonic Scaler
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting quotes for the procurement of nine Ultrasonic Scaler and Air Polishing Systems under solicitation number 36C26225Q0425, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to enhance dental care services at the VA Phoenix Healthcare System, requiring equipment that meets specific technical specifications, including compatibility with existing handpieces and features such as wireless foot pedals and ergonomic designs. Interested vendors must submit their quotes electronically by February 6, 2025, demonstrating compliance with the salient characteristics outlined in the solicitation, with delivery expected within 90 days after order receipt. For further inquiries, vendors can contact Contract Specialist John Harrison at john.harrison2@va.gov or by phone at 562-766-2267.
    6515--Repair of Prosthetics-Long-term DME Contract (VA-25-00036581)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors for a long-term contract focused on the repair and maintenance of durable medical equipment (DME) and home medical equipment (HME) for eligible Veterans. The contract will encompass comprehensive services including delivery, pick-up, storage, sanitizing, and repair of mobility devices such as manual wheelchairs, power chairs, and scooters, ensuring compliance with The Joint Commission standards. This initiative is crucial for providing essential support to Veterans, enhancing their mobility and quality of life. Interested parties must submit their capabilities, including business size classifications and a Unique Entity Identifier (UEI), to Contract Specialist Kimberly Anderson at kimberly.anderson6@va.gov by February 5, 2025, at 3:00 PM CST. Responses to this notice do not obligate the Government to award a contract.
    H365-- Annual Medical Gas Inspection & Certification / Equipment PMs - Solicitation
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for the Annual Medical Gas Inspection & Certification at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement involves the annual inspection and certification of medical gas and vacuum systems, ensuring compliance with NFPA 99 regulations, and includes periodic maintenance for approximately 679 outlets and various systems. The contract is set aside for 100% Service Disabled Veteran Owned Small Businesses, with a base period of 12 months and four optional annual renewals. Interested vendors must submit their quotes electronically by February 10, 2025, at 3:00 PM Central Time, and can direct inquiries to Contract Specialist Eugene Jackson at eugene.jackson2@va.gov.
    J065--Carestream DRX PM and Repair Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 02, intends to solicit sole-source preventative maintenance and repair services for Carestream DRX equipment. The procurement aims to secure comprehensive support from Carestream Health, Inc., the original equipment manufacturer, which includes travel, labor, necessary equipment, software updates, and repair services for various DRX models. This service is critical for maintaining the functionality of medical equipment across multiple campuses in New York City, ensuring reliable healthcare delivery. Interested parties must submit their capability documentation by February 12, 2025, to Contract Specialist Lynn Krakowiak at Lynn.Krakowiak@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    GE Invasive MacLab/ComboLab System Maintenance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, intends to award a sole source contract for the maintenance and repair of the GE Invasive MacLab and ComboLab systems. The contract will be awarded to GE Precision Healthcare LLC, which is the only responsible source capable of providing the required proprietary services, including software updates and repairs. These systems are critical for the operation of the Harry S. Truman Memorial Veterans Hospital in Columbia, Missouri, and the maintenance services are essential to ensure their continued functionality. Interested parties may submit a capabilities statement by February 11, 2025, at 11:00 am Central Time, to Veronica Flores at veronica.flores@va.gov, as this notice is not a request for competitive quotes and no solicitation will be issued.